Section one: Contracting authority/entity
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Courier and Specialist Movements
Reference number
RM6171
two.1.2) Main CPV code
- 64120000 - Courier services
two.1.3) Type of contract
Services
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement at the time of conclusion of the contract:
Crown Commercial Service (CCS) as the authority has put in place a Pan Government Collaborative agreement for the provision of Courier and Specialist Movements to be utilised by central government departments and all other UK public sector bodies, including local authorities, health, police, fire and rescue, education, devolved administrations and charities. This commercial agreement will be the recommended vehicle for all courier and specialist movements required by UK public sector bodies, which include central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, health, police, fire and rescue, education, charities and devolved administrations
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start date
10 August 2021
End date
10 February 2026
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2021/S 000-022469
Section five. Award of contract/concession
Contract No
RM6171
Lot No
All lots
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
10 August 2021
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
See Contracts Finder Notice for full supplier list
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
Telephone
+44 3454102222
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £2,000,000,000
Section six. Complementary information
six.3) Additional information
The value provided in Section V.2.4 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/5ada1977-4c24-4b8f-9e0c-090f59b2c707
1) Redacted Commercial Agreement;
2) Full List of Successful Suppliers;
3) Customer list
4) Contract Notice Transparency Information
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Some purchases under this framework Agreement may have requirements that can be met under this
Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as
defined in Attachment 1 – About the framework within the invitation to tender documentation). In such
cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement
Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off
Contracts to reflect that buyer’s specific needs.
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 64120000 - Courier services
seven.1.3) Place of performance
NUTS code
- UK - United Kingdom
seven.1.4) Description of the procurement:
Crown Commercial Service (CCS) as the authority has put in place a Pan Government Collaborative agreement for the provision of Courier and Specialist Movements to be utilised by central government departments and all other UK public sector bodies, including local authorities, health, police, fire and rescue, education, devolved administrations and charities. This commercial agreement will be the recommended vehicle for all courier and specialist movements required by UK public sector bodies, which include central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, health, police, fire and rescue, education, charities and devolved administrations.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start date
10 August 2021
End date
10 February 2026
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£2,000,000,000
seven.1.7) Name and address of the contractor/concessionaire
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
Telephone
+44 3454102222
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
This extension is part of the work that has been done to review the pipeline in light of the delay to the new procurement regulations to February 2024. The end date of this framework is confirmed as being 10/02/2026
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
In accordance with Regulation 72 paragraph 1 (e ) of the Public Contract Regulations 2015,
CCS intends to modify the Courier and Specialist Movements Framework Agreement (RM6171) by extending the term by 6 months.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £2,000,000,000
Total contract value after the modifications
Value excluding VAT: £2,000,000,000